Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
P-24-527 Safety-Kleen Systems.pdf
CO,U County of Fresno INTERNAL SERVICES DEPARTMENT Facilities• Fleet• Graphics• Purchasing •Security•Technology O� 185�O PROCUREMENT AGREEMENT Agreement Number P-24-527 September 27, 2024 Safety-Kleen Systems, Inc. 42 Longwater Drive Norwell, MA 02061 The County of Fresno (County) hereby contracts with Safety-Kleen Systems, Inc. (Contractor)for the purchase of Oils, Lubricants, and Fluids in accordance with the text of this agreement, Attachment"A", County of Fresno Request for Quotation No: 25-003 and the attached contractors response to County of Fresno Request for Quotation No: 25-003 by this reference made a part hereof. TERM: This Agreement shall become effective September 30, 2024 and shall remain in effect through September 29, 2027. EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A" attached, at the rates set forth in Attachment"A". ORDERS: Orders will be placed on an as-needed basis by various County departments under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of nine hundred and fifty thousand dollars and zero cents ($950,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 *The County of Fresno is an Equal Employment Opportunity Employer* PROCUREMENT AGREEMENT NUMBER: P-24-527 Page 2 Safety-Kleen Systems, Inc. September 27, 2024 INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45)days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30)days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1)the retroactive date must be prior to the date on which services began P-24-527 Safety-Kleen Systems PROCUREMENT AGREEMENT NUMBER: P-24-527 Page 3 Safety-Kleen Systems, Inc. September 27, 2024 under this Agreement; (2)the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30)days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty(30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Fleet Services, Attn: Fleet Manager, 4551 E. Hamilton Avenue, Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Certificates of Insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable P-24-527 Safety-Kleen Systems PROCUREMENT AGREEMENT NUMBER: P-24-527 Page 4 Safety-Kleen Systems, Inc. September 27, 2024 provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the text of this Agreement(excluding Attachment"A", County's Request for Quotation No. RFQ 25-003 and the Contractor's Quote in response thereto); (2)Attachment"A"; (3)the County's Request for Quotation No. RFQ 25-003 and (4)the Contractor's quotation made in response to County's Request for Quotation No. RFQ 25- 003. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1)a digital signature; (2)a faxed version of an original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF document)of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Amber Nigam, Purchasing Analyst, at(559)600-7120 or anigam@fresnocountyca.gov. P-24-527 Safety-Kleen Systems PROCUREMENT AGREEMENT NUMBER: P-24-527 Page 5 Safety-Kleen Systems, Inc. September 27, 2024 FOR THE COUNTY OF FRESNO Digitally signed by Riley Riley Blackburn Blackburn Date:2024.09.30 08:39:55-07'00' Riley Blackburn Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 P-24-527 Safety-Kleen Systems PROCUREMENT AGREEMENT NUMBER: P-24-527 Page 6 Safety-Kleen Systems, Inc. September 27, 2024 CONTRACTOR TO COMPLETE: Company: Safety-Kleen Systems, Inc. Type of Entity: 13 Individual Limited Liability Company Sole Proprietorship Limited Liability Partnership Corporation General Partnership 42 Longwater Drive Norwell MA 02061 Address City State Zip 781-427-3060 N/A bps.government@safety-kleen.com TELEPHONE NUMBER FAX NUMBER E-MAILADDRESS Print Name & Shaynn Mahan-SVP of Sales Shannon Elwood Government-Account Supervisor Title: Print Name &Title: 11 Signature: Signature: i�-�► IT ACCOUNTING USE ONLY ORG No.: 8910, 9026, 31113229 Account No.: 7275, 7205, 7410 Requisition No.: 8912500504, 9262500039, 3111259002 (7/2024) P-24-527 Safety-Kleen Systems Attachment A Original Product Requested by the Safety-Kleen's Cost Per Listed Unit of County Verified Equivalent Product Measure ULTRA UTF J 20 (RED) 25UXXXX-PP-GAL-TT UNIVERSAL TRACTOR $8.00/per gallon FLUID TES 295 HD ATF 55 GALLON DRUM 24HTESX-PP-DR55-VT TRANSMISSION FLUID $20.27/per gallon TES 295 ULTRA POWER EC 15W40 CK-4 22D154X-PP-GAL-TT HDDEO CK-4/SN 15W- $8.40/per gallon 40 DRIVE TRAIN HD 30 TO-4 30 24T30WX-PP-DR55-VT TRANSMISSION FLUID $12.73/per gallon TRANSMISSION TO-4 30W TURBO T 68 31A68XX-PP-DR55-VT HYDRAULIC OIL AW68 $8.40/per gallon 75W140 FULL SYNTHETIC GEAR OIL 75W140 FULL SYNTHETIC GEAR OIL GL-5 $22.50/per gallon G L-5 MULTI-VEHICLE ATF (Dexron VI, 24XMVXR-PP-GAL PERFORMANCE PLUS $12.30/per gallon Mercon LV) MULTI-VEHICLE ATF GALLON MULTI-VEHICLE ATF (Dexron VI, 24XMVXR-PP-I2QT-VT MULTI-VEHICLE ATF $15.84/per quart Mercon LV) OIL 5W30 SYNTHETIC BLNAD ILSAC 21G530X-PSB-GAL-TT PCEO SP/GF-6A 5W-30 $6.80/per gallon G F-5 OIL 5W30 SYNTHETIC BLNAD ILSAC 21G530X-PSB-I2QT-VT PCEO SP/GF-6 5W-30 $2.53/per quart G F-5 HD MOLY 3% RP2 MULTI PURPOSE 29MML2X-PP-10TC-VT Moly Supreme 2, 5% $6.47/per cartridge GREASE GUN 14 OZ CATRIDGE 20 PER // Hi-Temp Lithium 2 CASE The below listed products are to be delivered to the American Avenue Disposal Site Located at 18950 W.American Ave, Kerman,CA,93660 ROTELLA TRIP PRO 15W40 MOTOR OIL 22D154X-PP-GAL-TT HDDEO CK-4/SN 15W-40 $8.40/per gallon SHELL SPIRAX S4 TXM 25UXXXX-PP-GAL-TT UNIVERSAL TRACTOR $8.00/per gallon FLUID SHELL SPIRAX S4 CX 300W 24T30WX-PP-DR55-VT TRANSMISSION FLUID $12.73/per gallon TO-4 30W "SHELL ANTIFREEZE ROTELLA ELCO AF-HD ELC OAT RED-55GA $6.82/per gallon 50/50 RED 55 GALLON DRUM" SHELL SPIRAX S4 CX 50 24T50WX-PP-DR55-VT TRANSMISSION FLUID $15.00/per gallon TO-4 50W SHELLZONE AF/C GRN 55 GALLON AF-SCA CONY GREEN-55GA $5.54/per gallon DRUM SHELL GADUS S3 V460 XD2 50 KG 29MAL2X-PP-D400-VT All Purpose Lithium 2 $22.34/per gallon DRUM SHELL GADUS S3 V460 XD21" 50 KG 29MHL2X-PP-PA35-VT Hi-Temp Lithium 2 $0.50c/per pound DRUM SHELL TELLUS S2 M32 CHALLENGER 31A32XX-PP-GAL PERFORMANCE PLUS AW 32 $6.20/per gallon HYDRAULIC OIL GALLON DIESEL EXHAUST FLUID (DEF)—55 DIESEL EXHAUST FLUID (DEF), 55GAL DRUM $1.65/per gallon GALLON DRUM Contractor's Response to County of Fresno Request for Quotation No. 25-003 P-24-527 Safety-Kleen Systems COUNTY OF FRESNO CoU�T REQUEST FOR QUOTATION NUMBER: 25-003 OILS, LUBRICANTS AND FLUIDS Issue Date: July 31, 2024 Closing Date: AUGUST 28, 2024 AT 10:00 AM All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase. For assistance, contact Amber Nigam at Phone (559) 600-7110. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ. Bid must be siqned and dated by an authorized officer or employee. Safety-Kleen Systems, Inc. COMPANY Leonard Lapham CONTACT PERSON 42 Longwater Drive ADDRESS Norwell MA 02061 CITY STATE ZIP CODE ) 781-427-3060 Iapham.leonard@safety-kleen.com T L-E�M,ONE NUMBER E-MAIL ADDRESS AUtFfbRfZED SI ATURE Shaynn Mahan SVP Sales PRINT NAME TITLE Purchasing Use:AN:st ORGIRequisition:891018912500504 25003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 2 TABLE OF CONTENTS PAGE KEYDATES .................................................................................................................... 3 OVERVIEW..................................................................................................................... 3 BIDINSTRUCTIONS ................................................................. ..................................4 GENERAL REQUIREMENTS & CONDITIONS............................................................... 5 INSURANCE REQUIREMENTS ................................................................................... 12 PARTICIPATION........................................................................................................... 14 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE ............................................................................................ 17 SPECIFICATIONS ........................................................................................................ 19 REFERENCELIST........................................................................................................20 QUOTATIONSCHEDULE.............................................................................................21 CHECKLIST.................................................................................................................23 25003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 3 KEY DATES RFQ Issue Date: July 31, 2024 Written Questions for RFQ Due: August 14, 2024 at 10:00 AM Questions must be submitted on the Bid Page at Public Purchase. RFQ Closing Date: August 28, 2024 at 10:00 AM Quotations must be electronically submitted on the Bid Page. OVERVIEW The County of Fresno on behalf of the Department of the Internal Services Department— Fleet Services Division (ISD-Fleet), in conjunction with the Department of Public Works and Planning (PWP), and the Sheriff's Department (Sheriff) are soliciting bids to establish an agreement under which the successful bidder will provide Oils, Lubricants, and Fluids for light duty automobiles, heavy-duty trucks, and construction equipment. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 4 BID INSTRUCTIONS • Bidders must electronically submit bid package in pdf format, no later than the quotation closing date and time as stated on the front of this document, to the Bid Page on Public Purchase. The County will not be responsible for and will not accept late bids due to slow internet connection or incomplete transmissions. • Bids received after the closing time will NOT be considered. • All quotations shall remain firm for 180 days. • Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing prior to the date and time stated within this document. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract. • ISSUING AGENT/AUTHORIZED CONTACT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor's sole point of contact with regard to the RFQ, its content, and all issues concerning it. All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with their telephone number, and they should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County's established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board. • APPEALS: Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, CA 93612 and in Word format to CountyPurchasing(a-)fresnocountyca.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 5 GENERAL REQUIREMENTS & CONDITIONS LOCAL VENDOR PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE: The Local Vendor Preference and Disabled Veteran Business Enterprise Preference do apply to this Request for Quotation. DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the quotation and is identified on page one of this Request For Quotation (RFQ). INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing by August 14, 2024 at 10:00 AM, cut-off. Questions must be submitted on the Bid Page at Public Purchase or contact Amber Nigam at(559) 600- 7110. NOTE: Time constraints will prevent County from responding to questions submitted after the cut-off date. Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations. EXCEPTIONS: Please provide any exceptions to the general requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's quotation meets those requirements. AWARD: Award will be made to the vendor(s) offering the services, products, prices, delivery, equipment and system deemed to be to the best advantage of the County. Past performance (County contracts within the past seven years) and references may factor into awarding of a contract. The County shall be the sole judge in making such determination. Award Notices are tentative: Acceptance of an offer made in response to this RFQ shall occur only upon execution of an agreement by both parties or issuance of a valid written Purchase Order by Fresno County Purchasing. RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation. SALES TAX: Fresno County pays California State Sales Tax regardless of vendor's place of doing business. TAXES, PERMITS & FEES: The successful bidder shall pay for and include all federal, state and local taxes direct or indirect upon all materials; pay all fees for, and obtain all necessary permits and licenses, unless otherwise specified herein. TAXES, CHARGES AND EXTRAS: A) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K. B) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno. C) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown, the 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 6 bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address. MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by them on contract or award resulting from this bid, if returned in good condition by the County. GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements. MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor. The County may require additional items from those in bid schedule. BIDDERS' LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFQ. PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the quotation, whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County. PRICES: Bidder agrees that prices quoted are for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno. Prices shall be quoted F.O.B. destination. CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation. NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFQ or the vendor's quotation without prior written approval from the County of Fresno. BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a quotation/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry. ADDENDA: In the event that it becomes necessary to revise any part of this RFQ, addenda will be provided to all agencies and organizations that receive the basic RFQ. CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or quotation submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or public agencies for which the Board of Supervisors is the governing body. 2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 7 3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications. 4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders. 5. No County employee whose position in the County enables them to influence the selection of a contractor for this RFQ, or any competing RFQ, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor. INVOICING: All invoices are to be delivered to the ordering department. Each invoice shall reference the purchase order or contract number and the equipment number if applicable. The contractor shall obtain the "invoice to" address when receiving the order. PAYMENT: County will make partial payments for all purchases made under the contract/purchase order and accumulated during the month. Terms of payment will be net forty-five(45) days. County will consider the Bidder's Cash discount Offer, in lieu of the net forty-five (45) days payment terms. CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of three (3) years. RENEWAL: Agreement may be renewed for a potential of two (2) one (1)year periods, based on the mutual written consent of all parties. QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities. ORDERING: Orders will be placed as required by the various County Departments. TERMINATION: The County reserves the right to terminate any resulting contract upon written notice. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that CONTRACTOR, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the COUNTY. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to others unrelated to the County or to the Agreement. SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to operate as a corporation, members of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are a party to while Contractor is providing goods or performing services under the agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a party and in which one or more of its directors has a material financial interest. Members of the Board of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a 25-003 Oils,Lubdcants and Fluids Quotation No. 25-003 Page 8 Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing with the self-dealing transaction or immediately thereafter. HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement. MATERIALS TO BE NEW: All materials shall be new and of merchantable grade, free from defect. No bid will be considered unless it is accompanied by a complete list of manufacturer's catalog numbers of the items, which the bidder proposes to furnish, together with full descriptive literature on all items so enumerated. If item proposed differs from these specifications, bidder shall present specific explanation of functioning and structural characteristics for those details which differ from the specifications listed herein. SAFETY DATA SHEETS: With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Safety Data Sheet for each product, which contains any substance on "The List of 800 Hazardous Substances", published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act, California State Labor Code Sections 6360 through 6399.7.) RECYCLED PRODUCTS/MATERIALS: Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications. EXAMINATION OF SITE: Where work is to be performed on County site, each bidder shall have examined the site of work before bidding and shall be responsible for having acquired full knowledge of the job and of all problems affecting it. No variations or allowance from the contract sum will be made because of lack of such examination. DAMAGE TO EXISTING WORK: Damage to existing construction, equipment, planting, etc., by the contractor in the performance of their work shall be replaced or repaired and restored to original condition by the contractor. CLEAN UP: The Contractor shall at all times, keep the premises clean from accumulation of waste materials or rubbish caused by their employees or work and shall remove all resulting work debris from the job site. COORDINATE WORK WITH OWNER: Successful bidder shall coordinate and schedule the work with the County so that any interruption to the normal business operations be kept to a minimum. INSPECTION: All material and workmanship shall be subject to inspection, examination and test by the County at any and all times during which manufacture and/or construction are carried on. The County shall have the right to reject defective material and workmanship or require its correction. SUPERVISION: The Contractor shall give efficient supervision to the work, using therein the skill and diligence for which they are remunerated in the contract price. They shall carefully inspect the site and study and compare all drawings, specifications and other instructions, as ignorance of any phase of any of the features or conditions affecting the contract will not excuse them from carrying out its provisions to its full intent. STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner. SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required. BONDS: PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 9 BONDING COMPANY: The company issuing bonds shall be a corporate surety admitted by the California Insurance Commissioner to do business in the State of California with an A.M Best rating of B++ VIII or better. COORDINATION AND COMPLETION: The successful bidder shall contact and meet with the County Coordinator at the job site prior to commencement and completion of any work. Successful bidder shall complete the job as instructed and described in writing by the contract, bid or amendment. Any problem or questions that arise in the scope of work, the County must be contacted and the appropriate written amendment generated. GUARANTEE: The successful bidder shall fully guarantee all aspects of the project for the minimum period of one (1)year. Such one (1) year period shall commence upon the date of final acceptance by County. The guarantee shall include but in no way be limited to workmanship, equipment and materials. DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the state of California. Any claim which cannot be amicably settled without court action will be litigated in the U.S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County. DEFAULT: In case of default by the selected bidder, the County may procure the services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with the Civil Rights Act of 1964, the Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. OBLIGATIONS OF CONTRACTOR: Contractor warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. TIE BIDS: With all other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, the tied vendors will be granted the opportunity to submit new bids or the entire bid may be rejected and re-bid. If the General Requirements of the RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph. DATA SECURITY: Individuals and/or agencies that enter into a contractual relationship with the County for the purpose of providing services must employ adequate controls and data security measures, both internally and externally to ensure and protect the confidential information and/or data provided to contractor by the County, preventing the potential loss, misappropriation or inadvertent access, viewing, use or disclosure of County data including sensitive or personal client information; abuse of County resources; and/or disruption to County operations. Individuals and/or agencies may not connect to or use County networks/systems via personally owned mobile, wireless or handheld devices unless authorized by County for telecommuting purposes and provide a 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 10 secure connection; up to date virus protection and mobile devices must have the remote wipe feature enabled. Computers or computer peripherals including mobile storage devices may not be used (County or Contractor device) or brought in for use into the County's system(s)without prior authorization from County's Chief Information Officer and/or designee(s). No storage of County's private, confidential or sensitive data on any hard-disk drive, portable storage device or remote storage installation unless encrypted according to advance encryption standards (AES of 128 bit or higher). The County will immediately be notified of any violations, breaches or potential breaches of security related to County's confidential information, data and/or data processing equipment which stores or processes County data, internally or externally. County shall provide oversight to Contractor's response to all incidents arising from a possible breach of security related to County's confidential client information. Contractor will be responsible to issue any notification to affected individuals as required by law or as deemed necessary by County in its sole discretion. Contractor will be responsible for all costs incurred as a result of providing the required notification. AUDITS AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three (3)years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 11 BIDDER TO COMPLETE: GUARANTEED PICK UP AND/OR DELIVERY: Bidder will be considered in award of bid only if they can guarantee. Enter guarantee on this line (i.e. number of days from receipt of order to delivery): 5-7 Days ARO MINIMUM ORDER: Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). None Required SUBCONTRACTORS: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: N/A 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 12 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial general liability insurance with limits of not less than Two Million Dollars ($2,000,000) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000). This policy must be issued on a per occurrence basis. Coverage must include products, completed operations, property damage, bodily injury, personal injury, and advertising injury. The Contractor shall obtain an endorsement to this policy naming the County of Fresno, its officers, agents, employees, and volunteers, individually and collectively, as additional insureds, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insureds will apply as primary insurance and any other insurance, or self-insurance, maintained by the County is excess only and not contributing with insurance provided under the Contractor's policy. B. Automobile Liability: Automobile liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence for bodily injury and for property damages. Coverage must include any auto used in connection with this Agreement. C. Professional Liability: Professional liability insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Three Million Dollars ($3,000,000). If this is a claims-made policy, then (1) the retroactive date must be prior to the date on which services began under this Agreement; (2) the Contractor shall maintain the policy and provide to the County annual evidence of insurance for not less than five years after completion of services under this Agreement; and (3) if the policy is canceled or not renewed, and not replaced with another claims-made policy with a retroactive date prior to the date on which services begin under this Agreement, then the Contractor shall purchase extended reporting coverage on its claims-made policy for a minimum of five years after completion of services under this Agreement. D. Worker's Compensation: Workers compensation insurance as required by the laws of the State of California with statutory limits. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Fleet Services,Attn: Fleet Manager,4551 E. Hamilton Avenue, Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 13 given to County. Certificates of insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 14 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties. Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. ® Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax supported agencies. No, we will not extend contract terms to any agency other than the County of Fresno. (Authoriz ure) SVP Sales Title 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 15 COUNTY OF FRESNO LOCAL VENDOR BID PREFERENCE AND DISABLED VETERAN BUSINESS ENTERPRISE BID PREFERENCE The Local Vendor and Disabled Veteran Business Enterprise Preferences apply to this RFQ. Whenever the CAO purchases supplies, materials and/or equipment for the County through the use of competitive bids, the CAO, in evaluating the price or bid for such supplies, materials and/or equipment shall determine if each bidder is a Fresno County Local Vendor(FCLV) and/or a Disabled Veteran Business Enterprise (DVBE). Bidders that are either an FCLV or a California State Certified DVBE may be granted a preference when determining the award of a bid. FCLV and DVBE, for the purposes of this section, are defined below. A. Fresno County Local Vendor(FCLV) 1. The vendor has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six(6) months immediately prior to the issuance of the request for competitive bids by the CAO; and 2. The vendor holds any required business license by a jurisdiction located in Fresno County; and 3. The vendor employs at least one (1) full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent(50%) owned by one or more persons whose primary residence(s) is located within Fresno County. B. Disabled Veteran Business Enterprise (DVBE) A vendor must be certified by the State of California as a Disabled Veteran Business Enterprise (DVBE) as of the close of the competitive bid process in which they are participating. State certification as a DVBE is issued by the California Department of General Services. Other Conditions 1. Any vendor claiming to be a FCLV as defined above, or a DVBE shall so certify in writing to the CAO. The CAO shall not be required to verify the accuracy of any such certifications, and shall have sole discretion to determine if a vendor meets the definition of a FCLV. 2. Any person or business falsely claiming to be a FCLV or DVBE under this section shall be ineligible to transact any business with the County for a period of not less than three (3) months and not more twenty-four(24) months as determined at the sole discretion of the CAO. The CAO shall also have the right to terminate all or any part of any contract entered into with such person or business. 3. In the event that the CAO rejects a vendor's claim that they are a FCLV and/or a DVBE, and as such declares them to be ineligible, such vendor shall be entitled to a public hearing before the Board of Supervisors and a five (5) day notice of the time and place thereof. 4. This section shall not apply to contracts required by state or federal statutes or regulations to be awarded to the lowest responsible bidder or otherwise exempted from local preference. Preferences FCLVs and DVBEs that submit a bid within five percent(5%) of the lowest responsive and responsible bid will, under certain specified circumstances, qualify to submit a new bid within two County business days of County's notification. Such new bids must be in an amount less than or equal to the lowest responsive and responsible bid previously determined by the CAO. If the CAO receives new bids from qualifying FCLVs and/or DVBEs, they shall award the contract to the FCLV or DVBE that submits the lowest responsive and responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the CAO. The lowest responsive and responsible bid shall be solely determined by the CAO. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 16 The CAO will consider the following four categories of bidder relative to the Fresno County Local Vendor Preference and the Disabled Veteran Business Enterprise Preference. Vendor Preference Categories 1) FCLV—Fresno County Local Vendor as defined above. 2) DVBE— Disabled Veteran Business Enterprise as defined above; a DVBE is not also a FCLV unless specifically designated as such. 3) FCLV& DVBE—A vendor that is both a Fresno County Local Vendor and Disabled Veteran Business Enterprise as defined above. 4) VNP—Vendor No Preference; A vendor that is neither a Fresno County Local Vendor nor a Disabled Veteran Business Enterprise. The following table identifies the various combinations of vendor preference categories that could be received in response to an RFQ. It also indicates when a vendor qualifies for a re-bid under either the FCLV or DVBE Preference. The first column of the table identifies the Vendor Preference Category of the bidder that the CAO has determined to be the lowest cost, responsive and responsible bidder. Each vendor preference category is shown in the columns to the right. The table indicates when a vendor category qualifies for a re-bid relative to the low bid category in the first column (read left to right). Low Bid Submitted by FCLV& DVBE7 FCLV DVBE VNP Vendor Preference Category (Not a FCLV) FCLV& DVBE No Re-bid No Re-bid No Re-bid No Re-bid Award to Low BidNo Re-bid Opportunity Opportunity Opportunity Opportunity Opportunity May Re-bid May Re-bid May Re-bid VNP No Re-bid when within 5% when within 5% when within 5% Opportunity Award Subject to Preference Re-bid of low bid of low bid of low bid pp ty FCLV May Re-bid No Re-bid No Re-bid No Re-bid Award Subject to Preference Re-bid when within 5% Opportunity Opportunity Opportunity of low bid DVBE May Re-bid May Re-bid No(Not a FCLV) when within 5% when within 5% bid No bid Award Subject to Preference Re-bid of low bid of low bid Opportunity Opportunity Applying the Preferences In determining the award of a Request for Quotation (RFQ), the CAO will first identify the lowest cost responsive and responsible bidder, and award will be made to that vendor when such vendor is both a FCLV and a DVBE. If the lowest such bidder is not an FCLV, it will be determined if the Local Vendor Preference and/or the DVBE Preference are applicable to other bidders. The preferences will then apply to bids submitted by FCLVs and DVBEs that are within 5% of the designated low bid. The vendors submitting bids that are within the 5% will be granted an opportunity to submit a new bid. It must be stressed that in the event of a tie between a FCLV and a DVBE that is not a FCLV, the FCLV shall take precedence in award of the contract. This condition is necessary to remain consistent with Fresno County Charter Section 12 (h), which specifically calls for a preference to local vendors. When the lowest responsive and responsible bidder is a FCLV, other bidders who are both FCLVs and DVBEs will have the opportunity to re-bid. When the lowest responsive and responsible bid is from a non-local DVBE, all FCLVs will be offered a re-bid opportunity. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 17 PREFERENCE CERTIFICATION LOCAL VENDOR AND/OR DISABLED VETERANS BUSINESS ENTERPRISE The Fresno County Local Vendor Preference (FCLV) and the Disabled Veteran Business Enterprise Preference (DVBE) are applicable to this Request for Quotation as previously explained. Qualified Vendors that desire consideration as a FCLV and/or a DVBE under this RFQ must complete the "Statement of Local Vendor Certification" and/or the"Statement of DVBE Certification", each is included below, and submit it/them as a part of their quotation. Late submittals of these certification forms will not be considered. Submission of either or both certifications will qualify the vendor for treatment as a local vendor or a DVBE for purposes of this RFQ only. The certification(s) made under this RFQ do not qualify the vendor for a preference under any other RFQ. NOTIFICATION OF RE-BID If a vendor's bid qualifies under the Fresno County Local Vendor Preference or the DVBE Preference, the vendor will be notified of his/her opportunity to re-bid. If so notified, the Vendor must submit his/her re-bid within two County business days of notification. Notification will be issued by e-mail or Fax, whichever is preferred by the vendor. Notification to Vendor shall be considered complete upon County's transmission of e-mail or Fax. It will be the vendor's responsibility to check his/her e-mail or Fax messages for notification. The vendor's delay in retrieval of his/her notification will not alter the two (2) County business day period allowed for re-bid submission. FCLV or DVBE TO COMPLETE: Indicate ONE method for notification of re-bid opportunity by providing the appropriate e-mail address or Fax number. Submit this document as a part of your quotation. lapham.leonard@safety-kleen.com (Leonard Lapham - Government Business Development Specialist) E-Mail Address or Fax Number(Identify contact person) 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 18 STATEMENT OF LOCAL VENDOR CERTIFICATION COUNTY OF FRESNO Qualified local vendors desiring consideration under the Fresno County Local Vendor Preference must complete the following and submit with their quotation(print or type). I Shaynn Mahan SVP of Sales (individual submitting bid) (title) of/for Safety-Kleen Systems, Inc. Certify that Safety-Kleen Systems, Inc. (Company Name) (Company Name) Is a Fresno County local Vendor as defined within this RFQ and therefore qualifies for the Local Vendor Preference. SVP of Sales 08/22/2024 Signature Title Date Shaynn Mahan (Print Name) STATEMENT OF DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION Qualified vendors desiring consideration under the Fresno County DVBE Preference must complete the following and submit with their quotation (print or type). I (individual submitting bid) (title) of/for Certify that (*Company Name) (Company Name) Is a Disabled Veteran Business Enterprise certified by the State of California and therefore qualifies for the DVBE Preference. State of California DVBE Certification Number: Signature Title Date (Print Name) 'Company name on file with the State of California DVBE program. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 19 SPECIFICATIONS The County of Fresno on behalf of ISD-IT, in conjunction with DPW, and the Sheriff are soliciting bids from qualified vendors for the purchase of Oils, Lubricants and Fluids used for its automotive, light, and heavy- duty trucks and construction equipment as specified herein. Bidders are asked to quote their"full product line"for these requirements. Current product inventory and usage have been identified in the Quotation Schedule. Bidders are requested to submit pricing sheets for all products they carry to be considered for potential future product demand. The County of Fresno Fleet Services stores inventoried products in three (3) separate locations, within the County yard located at 4551 E Hamilton Ave., Fresno CA 93702. The selected bidder will be required to provide separate invoices for all inventoried products dependent upon their location and must be delivered with the product. Invoices for products, picked up at the vendors' business location may either be mailed or delivered to Fleet Services Part Counter or Office. The most current American Petroleum Institute (API) standardization of products will be used to determine the quality of the products bid. Only the highest API rated products with additional standards to include ILSAC, and Dexos when applicable will be accepted. Bidders are to utilize these standards to bid only items equal to or greater than the most current API rated Product standards. Quality of products carrying an API Index Code label shall be determined by the most current API Index for those products. The successful bidder will be required to maintain all products on a"keep full" basis, to ensure that inventory of oils, lubricants, and fluids are available at all times. Failure to meet this requirement may result in the termination of any ensuing Agreement. Please describe in the space below your process to ensure a"keep full" status. Please see our attached Statement of Qualifications To be considered for award, bidder must be able to supply all products listed on the Quotation Schedules and complete the quotation schedule using the unit of measures provided. Deviation from the provided unit of measures will result in a bidder being deemed non-responsive. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 20 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm: Safety-Kleen Systems, Inc. REFERENCE LIST Provide a list of at least five (5) customers for whom you have recently provided similar products/services. If you have held a contract for these or similar services with the County of Fresno within the past seven (7) years, list the County as one of your customers. Please list the person most familiar with your contract. Be sure to include all requested information. Reference Name Texas State University Contact: Adam D Gonzales-Buyer III Facilities Management-Procurement Address: 601 University Dr City: Austin State: TX Zip: 78701 Phone No.: ( ) (512)245-7982 Date: Service Provided: Bulk Oils&Lubricants Reference Name: Southside Independent School District Contact: Frank Combe Maintenance Supervisor Address: 1460 Martinez Losoya Rd City: San Antonio State: TX Zip: 78221 Phone No.: ( ) (210)872-1107 Date: Service Provided: Bulk Oils&Lubricants Reference Name: Stingray Dist/US Post Office Contact: Stephanie Tanner Address: 110 Bennett Ct City: San Marcos,CA.92078 State: CA Zip: 92078 Phone No.: ( ) 385-539-4593 Date: Service Provided: Bulk Lubricant and Antifreeze Reference Name: Gity of Chula Contact: Josh Freese Address: 1800 Maxwell Rd Chula Vista CA.91910 City: City of Chula Vista State: CA Zip: 91910 Phone No.: ( ) 619-397-7183 Date: Service Provided: Bulk Lubricant and DEF Reference Name: La Mesa RV Contact: Marco Campos Address: 663 Greenfield Dr City: El Cajon,CA.92021 State: CA Zip: 92021 Phone No.: ( ) 858-522-8158 Date: Service Provided: Bulk Lube and Antifreeze as well as Hazardous Waste Collection Failure to provide a list of at least five(5) customers may be cause for rejection of this RFQ. 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 21 QUOTATION SCHEDULE Please ensure to factor all costs throughout the five-year contract term. The County will not accept price increases during the entire length of the contract. Company Name: Safety-Kleen Systems, Inc. Bidder must be able to provide all products listed. Bidder must also use the same unit of measure notated in the "Annual Quantity" provided in quotation schedule. Failure to bid using the provided unit of measure will result in a bidder's submission being deemed non-responsive. (Example: Product: Ultra UTF J 20 (Red). If you charge $7.35 per gallon, then your "Total Cost per Annual Quantity Purchased" (330 gallons) would be $2,425.50) Product Annual Cost per Unit of Total Cost per Quantity Measure Annual Quantity Purchased ULTRA UTF J 20 (RED) 330 gallons $ 8.00 /per gallon $2,640.00 TES 295 HD ATF 55 GALLON DRUM 60 gallons $ 20.27 /per gallon $ 1,216.20 ULTRA POWER EC 15W40 CK-4 2,500 gallons $ 8.40 /per gallon $21,000.00 DRIVE TRAIN HD 30 TO-4 30 150 gallons $ 12.73 /per gallon $ 1,909.50 TRANSMISSION TURBO T 68 385 gallons $ 8.40 /per gallon $ 3,234.00 75W140 FULL SYNTHETIC GEAR OIL GL-5 120 gallons $ 22.50 /per gallon $ 2,700.00 MULTI-VEHICLE ATF (Dexron Vl, Mercon LV) 165 gallons $ 12.30 /per gallon $ 2,029.50 MULTI-VEHICLE ATF (Dexron VI, Mercon LV) 96 gallons $ 15.84 /per gallon $ 1,520.64 OIL 5W30 SYNTHETIC BLNAD ILSAC GF-5 2,000 gallons $ 6.80 /per gallon $ 13,600.00 OIL 5W30 SYNTHETIC BLNAD ILSAC GF-5 520 quarts $ 2.53 /per quart $ 1,315.60 OIL 5W30 SYNTHETIC BLNAD ILSAC GF-5 500 gallons $ 6.80 /per gallon $ 3,400.00 OIL 5W30 SYNTHETIC BLNAD ILSAC GF-5 160 quarts $ 2.53 /per quart $ 404.80 OIL 5W30 SYNTHETIC BLNAD ILSAC GF-5 500 gallons $ 6.80 /per gallon $ 3,400.00 OIL 5W30 SYNTHETIC BLNAD ILSAC GF-5 200 quarts $ 2.53 /per quart $ 506.00 HD MOLY 3% RP2 MULTI PURPOSE 20 cartridges $ 6.47 /per cartridge $ 129.40 GREASE GUN 14 OZ CATRIDGE 20 PER CASE (1 CASE) OVERALL TOTAL $ 59,005.64 25-003 Oils,Lubricants and Fluids Quotation No. 25-003 Page 22 The following items are to be delivery to American Ave Disposal Site at 18960 W American Ave Kerman, CA 93660. Bidder must be able to provide all products listed. Bidder must also use the same unit of measure notated in the "Annual Quantity" provided in quotation schedule. Failure to bid using the provided unit of measure will result in a bidder's submission being deemed non- responsive Product Annual Cost per Unit of Measure Total Cost per Quantity Purchased Annual Quantity Purchased ROTELLA TRIP PRO 15W40 MOTOR OIL 800 gallons $ 8.40 /per gallon $ 6,720.00 SHELL SPIRAX S4 TXM 350 gallons $ 8.00 /per gallon $ 2,800.00 SHELL SPIRAX S4 CX 30OW 800 gallons $ 12.73 /per gallon $ 10,184.00 SHELL ANTIFREEZE ROTELLA ELCO 275 gallons $ 6.82 /per gallon $ 1,875.50 50/50 RED 55 GALLON DRUM (5 Drums) SHELL SPIRAX S4 CX 50 500 gallons $ 15.00 /per gallon $ 7,500.00 SHELLZONE AF/C GRN 55 GALLON DRUM 800 gallons $ 5.54 /per gallon $ 4,432.00 SHELL GADUS S3 V460 XD2 50 KG DRUM 2,000 gallons $ 22.34 /per gallon $ 44,680.00 SHELL GADUS S3 V460 XD21" 50 KG 1,400 lbs. $ 0.50 /per pound $ 700.00 DRUM $145.00 per 35GAL Pail SHELL TELLUS S2 M32 CHALLENGER 5,000 gallons $ 6.20 /per gallon $ 31,000.00 DIESEL EXHAUST FLUID (DEF)—55 220 gallons $ 1.65 /per gallon $ 363.00 GALLON DRUM (4 DRUMS) TOTAL i $ 110,254.50 COUNTY OF FRESNO ADDENDUM NUMBER: ONE (1 ) RFQ NUMBER: 25-003 OILS, LUBRICANTS AND FLUIDS Issue Date: August 15, 2024 CLOSING DATE: AUGUST 289 2024 AT 10:00 AM Submit all Questions and Quotations on the Bid Page at Public Purchase. For assistance contact Amber Nigam at(559)600-7110. NOTE THE FOLLOWING AND ATTACHED ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER: 25-003 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ➢ Questions and Answers ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1)TO RFQ 25-003 COMPANY NAME: ^��� ( RINT) SIGNATURE: NAME &TITLE: r�nwr� L�GI�w� G.Q f� 13V �.�-�5 /� l S tr':w14 (PRINT) Purchasing Use:AN:st ORG/Requisition:8910/8912500504 25-003 Addendum 1 Addendum No. ONE (1) Page 2 Request for Quotation Number: 25-003 August 15, 2024 QUESTIONS AND ANSWERS Q1• For Item "SHELL GADUS S3 V460 XD2 50 KG DRUM" can we price in pounds instead of gallons as this is also a grease product? A1. No, please use the provided unit of measure. If your standard unit of measure differs from what is provided, please do the conversion and provide the answer as indicated in the bid. Failure to adhere to this request may result in a bidder's submission being deemed non-responsive. Q2. 1. Can grease and gear oils be changed from gallons into lbs.that is how they are priced. 2. 50kg is not a common container for grease or gear oils, usually they come in 1201b containers,or they are also called quarter drums. Can the departments check for container size or description. 3. It is clearly stated that if prices go down,we must extend the decrease to the County. In the past it was allowed with the proper documentation from the refiner to adjust up to the increase; please advise. 4. Professional lability insurance is not a common agreement in our type of business. Generally, it is associated with professionals like attorney's or architects', etc. Can this requirement be waived. 5. Can you list the other bidders? A2. 1. No,please use the provided unit of measure. If your standard unit of measure differs from what is provided, please do the conversion and provide the answer as indicated in the bid. Failure to adhere to this request may result in a bidder's submission being deemed non-responsive. 2. The provided information is accurate. The County does not guarantee a minimum or maximum order amount of any size as all products are ordered on an as-needed basis. For the purpose of this bid in regards to the quotation schedule column for the "50kg for grease or gear oils"referenced,please provide your answer based on the amounts and units of measure provided in the quotation schedule. 3. Yes, within reason price increases are allowed. The provision of a 30-day advance notice of the increase is required. 4. Yes, our Risk Management department will consider waiving the Professional Liability Insurance requirement for the resulting contract 5. At this time the County does not know what vendors will bid. Q3. To expand on question#3,your bid states you will not accept price increases during the entire term of the contract. Will you allow increases during the 3-year term of the initial contract? A3. Please see answer to A2.3. 25003 Addendum 1 Quotation No. 25-003 Page 23 CHECK LIST This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety. Check off each of the following: 1. J The Request for Quotation (RFQ) has been signed and completed. 2. V Addenda, if any, have been signed and included in the bid package. 3. V/ The completed Reference List as provided with this RFQ. 4. The Quotation Schedule as provided with this RFQ has been completed, price reviewed for accuracy and any corrections initialed. 5. �/ Indicate all of bidder exceptions to the County's requirements, conditions and specifications as stated within this RFQ. 6. J The Participation page as provided within this RFQ has been signed and included 7. _ The Local Vendor Bid Preference and Disabled Veteran Business Enterprise Bid Preference section (if applicable) has been signed and included. 8. Bidder to Complete page as provided with this RFQ. 9. Return checklist with RFQ response. 10. Completed RFQ in pdf format, electronically submitted to the Bid Page on Public Purchase. 25003 Oils,Lubricants and Fluids 4F safetq.Bleen Statement of Qualifications May 2024 Safety-Kleen Systems, Inc. Corporate Headquarters 42 Longwater Drive Norwell,Massachusetts 02061 (781) 427-3060 Lapham.leonard@safety-kleen.com www.safety-kleen.com 42 Longwater Drive I P.O. Box 9149 1 Norwell, MA 02061-9149 1 safety-kleen.com Safety-Kleen Systems, Inc. I A Clean Harbors Company 1800.669.5740 safetq,kleen® Experience the pinnacle of oil refinement with Safety-Kleen Systems, Inc.,North America's unrivaled leader in used motor oil(UMO)recycling.Annually restoring over 200 million gallons of used oil to pristine purity, Safety-Kleen's cutting-edge process illuminates oil's boundless potential. Embrace sustainability as we continuously recycle and reuse oil indefinitely, crafting products of unparalleled quality that rival or surpass those derived from virgin crude. I. Qualifications Since its inception in 1954,Safety-Kleen Systems,Inc.has been a pioneer in implementing environmentally conscious practices for businesses. As the premier provider of parts cleaning services and the leading collector,recycler,and re-refiner of used oil in North America,Safety-Kleen has been committed to offering a wide array of products. From automotive motor oils to antifreeze/coolants,we provide solutions that not only meet but exceed industry standards for sustainability and performance. North American Industry Classification System(NAICS): 324191 -Petroleum Lubricating Oil and Grease Manufacturing 484220- Specialized Freight(except Used Goods)Trucking, Local 484230- Specialized Freight(except Used Goods)Trucking,Long-Distance 532490-Other Commercial and Industrial Machinery and Equipment Rental and Leasing 541380-Testing Laboratories and Services 541620-Environmental Consulting Services 562112-Hazardous Waste Collection 562211 -Hazardous Waste Treatment and Disposal 562219-Other Nonhazardous Waste Treatment and Disposal 562920-Materials Recovery Facilities 811310- Commercial and Industrial Machinery and Equipment(except Automotive and Electronic) Repair and Maintenance II. Permits and Facility Capabilities Safety-Kleen Systems, Inc. is a wholly owned subsidiary of Clean Harbors. Clean Harbors operates 4 Blending sites located in Breslau, East Chicago, Metatire, and Richmond. Additionally, we operate 5 re- refineries located in Breslau,East Chicago,Fallon,Wichita, and Green View/Rollinsford. List of Permits, etc.: • HAZARDOUS MATERIALS SAFETY PERMIT HM Safety Permit ID: US-151288-TX-HMSP • HAZARDOUS MATERIALS CERTIFICATE OF REGISTRATION Reg.No: 053122550231EG • 2024 UCR Registration, Safety-Kleen Systems,Inc., Confirmation#000-0440-3701, 1001+vehicles,US-DOT#: 151288 Included in the list are a few examples of the permits and necessary registrations Safety-Kleen Systems, Inc. has. 42 Longwater Drive I P.O. Box 9149 1 Norwell, MA 02061-9149 1 safety-kleen.com Safety-Kleen Systems, Inc. I A Clean Harbors Company 1800.669.5740 4F s*1q-hleen® III. Safety-Kleen Locations Safety-Kleen's extensive network span's numerous locations across North America,extending our reach to Canada and Puerto Rico. Renowned as a dependable provider of environmental solutions, Safety-Kleen serves over 200,000 customer locations with dedicated commitment. The image below displays the many branch locations, Safety-Kleen operates: ,' _ �y 1Gr�ada'•• � y Mexico rpm V Map Satellite M.r C.t.O]E].G.eEit INEEI T«m.. IV. Products and Services By collecting and re-refining used oil, Safety-Kleen closes the loop for the life cycle of oil. Using the re- refined oil allows us - and our customers - to minimize the environmental impacts of our industries. Here is a summary of how it works: • Collection: Safety-Kleen collects used oil from various locations across North America. • Testing and Treatment: The collected oil is assessed and treated to ensure quality. • Re-refininiz: The oil is then re-refined,which involves removing impurities and restoring the oil to its original state. • Returning to Market: The re-refined oil is blended with premium additives to create high-quality lubricants and returned to the market. Through this innovative system, we champion resource conservation, diminish environmental liabilities for our customers, and secure economic benefits by lowering costs and generating revenue from recovered products. 42 Longwater Drive I P.O. Box 9149 1 Norwell, MA 02061-9149 1 safety-kleen.com Safety-Kleen Systems, Inc. I A Clean Harbors Company 1800.669.5740 .' '' ski•; • �j,�'.`;,M.�. 'M���, • i+� ' !, r 1 :1;•'.f' ti;ti.� lh ' �' July2019 U.S.A. gooll 0 r n• 1: y'�. ice• • -_ter '�. -� �, r' ti r PERFORMANCE PL US I Auto motive,kavy Duty and Industrial Lubricants .4. i IL IX loom" 5-' ANN- . . . - / i i PERFORMANCE PLUS* LUBRICANTS: PERFORM Performance Plus lubricants are built using the best base oils in the business and are formulated to protect and perform under the most severe conditions. And we have the science to prove it. Our meticulously engineered products are put to the test every day and exceed expectations in a variety of extreme applications ranging from military combat vehicles to NASCAR tracks to some of the largest fleets in the world, including our own. Whether it's rugged durability, maximum performance or extreme protection you're looking for, the experts are choosing Performance Plus. Now you can,too. Elvi - a 1 � % t i a01 mono ; ANCE UND, R THE MOST EXTREME CONDITIONS. PRODUCTS AUTOMOTIVE MOTOR OILS 4 AUTOMOTIVE TRANSMISSION FLUIDS 8 HEAVY DUTY ENGINE OILS 10 PERFORMANCE HEAVY DUTY FLUIDS 14 PLUS GEAR OILS 17 HYDRAULIC FLUIDS 19 GREASES 22 ANTIFREEZE/COOLANTS 26 a 0,Lc8rL%NAA(Cr PLUS® AUTOMOTIVE MOTOR OILS I I MOTOR OIL PRODUCT SYNTHETIC BLEND MOTOR OILS SYNTHETIC BLEND HIGH MILEAGE MOTOR OILS High-performance synthetic blend engine oils designed with Performance-driven synthetic blend engine oils formulated superior Group II+base oils and high-quality additives to to offer outstanding protection and meet the requirements provide better low-temperature performance and protection. of higher mileage engines(more than 75,000 miles). SERVICE CATEGORY . API SN/ILSAC GF-5* • API SN PLUS/ILSAC GF-5 • API SN/ILSAC GF-5* • API SN PLUS/ILSAC GF-5 SPECIFICATION AVAILABLEGRADES 5W-20 5W-30 5W-30 10W-30 1 OW-30 FEATURES&BENEFITS • Formulated to provide excellent performance • Optimizes performance in older vehicles or those with • Provides protection against sludge and deposits at all more than 75,000 miles operating temperatures • Formulated with special seal conditioning agents to • Engineered to improve fuel economy reduce oil leaks • Prolongs engine life by reducing cold start flow • Designed to combat power and performance loss • Designed to protectengines against low-speed pre-ignition • Enhanced additives to prevent thermal breakdown (LSPI)in turbo-charged gasoline direct injection engines • Designed to protectengines against low-speed pre-ignition (TGDI)(SN PLUS) (LSPI)in turbo-charged gasoline direct injection engines (TGDI)(SN PLUS) APPROVALS/ • Ford WSS-M2C-945-A(5W-20) • Ford WSS-M2C-946-A(5W-30) SPECIFICATIONS MET • Ford WSS-M2C-946-A(5W-30) • GM 6094M • GM 6094M AVAILABLE • 12x1 Qt.Case • 330G Tote • 12x1 Qt.Case • 330G Tote CONFIGURATIONS . 45 Qt.Case • Bulk • 45 Qt.Case • Bulk(S/0) • 55G Drum • 55G Drum `Available while supplies last PfRfORMANCEPLUS© 5 AUTOMOTIVE MOTOR OILS I I I PRODUCT FULL SYNTHETIC MOTOR OILS FULL SYNTHETIC dexosl" Gen 2 MOTOR OILS Premium full synthetic engine oils formulated from Premium full synthetic engine oils engineered using a combination of advanced quality performance cutting-edge technology to meet the latest licensing additives and superior base oils rendering extreme requirements for General Motors and their global engine oil protection and performance. specification(dexosl"Gen 2). SERVICE CATEGORY . API SN/ILSAC GF-5" • API SN PLUS/ILSAC GF-5 • API SN PLUS/ILSAC GF-5 SPECIFICATION AVAILABLE GRADES OW-20 OW-20 5W-20 5W-30 5W-30 FEATURES&BENEFITS • Designed to preserve optimal protection and power • Officially licensed and certified for General Motors • Increases the engine life with superior protection dexosl"Gen 2 specifications to perform under severe against wear,heat and sludge deposits operating conditions • Provides for longer drain intervals and improves • Provides outstanding engine protection,excellent fuel engine cleanliness economy and unsurpassed engine cleanliness • Helps improve fuel economy with special additives • Engineered to provide maximum performance,power and reduces oil consumption and protection • Designed to protect engines against low-speed • Designed to protect engines against low-speed pre-ignition(LSPI)in turbo-charged gasoline direct pre-ignition(LSPI)in turbo-charged gasoline direct injection engines(TGDI)(SN PLUS) injection engines(TGDI) APPROVALS/ •Ford WSS-M2C-947-A(OW-20) • GM 6094M • Ford WSS-M2C-947-A(OW-20) • GM 6094M SPECIFICATIONS MET •Ford WSS-M2C-945-A(5W-20) • Ford WSS-M2C-946-A(5W-30) • Chrysler MS-6395 •Ford WSS-M2C-946-A(5W-30) AVAILABLE • 12xl Qt.Case • 330G Tote • 12xl Qt.Case • 330G Tote CONFIGURATIONS • 45 Qt.Case • Bulk • 45 Qt.Case • Bulk • 55G Drum • 55G Drum "Available while supplies last 6 PERf flMAWEPLUS®® 1 r A-I W— FY e-finest-amotor oil , 1have ever oured in an engine. - Richard Petty GOP' down *4*t s � Pllli'S 6A�9,46f '' Performance Plus is the Official Motor Oil for Petty's Garage. 1 0 •,1 4 4 • •, - --4rmpwmqwp� UTOMOTIVE NSMISSION FLU DS N •1 'l r- t � 8 PERFORMANCE PLUS® AUTOMOTIVE TRANSMISSION FLUIDS r Fr / ,/ , ATF1 of PRODUCT AUTOMATIC TRANSMISSION FLUID FULL SYNTHETIC MULTI-VEHICLE (ATF DEX III/MERCON) AUTOMATIC TRANSMISSION FLUID Quality transmission fluid formulated to reduce wear, Premium full synthetic transmission fluid formulated protect against corrosion,and last longer in vehicles with with a unique combination of synthetic base stocks and automatic and power-shift transmissions. advanced additives to ensure peak performance in the latest automatic transmissions. FEATURES&BENEFITS • Excellent frictional characteristics to provide smooth • Outstanding oxidation and thermal stability properties gear shifts,prevent clutch shudder,and protect clutch to prevent the formation of sludge and deposits, plates and bands improving cleanliness,and extending life • Outstanding anti-wear protection to extend the life • Excellent low-and high-temperature properties to of the transmission by reducing bushing,gear and protect at cold temp start-ups and maintain viscosity at bearing wear higher operating temperature • Excellent oxidation and thermal stability to extend life • Outstanding anti-wear protection to extend the life of the and improve fuel economy transmission by reducing bushing,gear and bearing wear • Provides protection at cold temperature start-ups with • Excellent friction properties for smooth shifting and the excellent low-temperature fluidity properties avoidance of clutch shudder and slippage • Excellent compatibility with all common seal materials APPROVALS/ Recommended for domestic and imported transmissions Recommended for domestic and imported transmissions SPECIFICATIONS MET that specify the following: that specify the following: • MERCON° • DEXRON°III • DEXRON°VI Licensed • Nissan MaticJ • Ford ESP-M2C138-CJ • DEXRON°IIE • Honda Z-1 • Nissan Matic S • Ford ESP-M2C166-H • DEXRON° • Honda DW-1 • Fora full list of approvals and • Ford Type A Suffix A • Allison C-3 and C-4 • Hyundai SP-IV applications,refer to Product • Caterpillar TO-2 fluids • MERCON°LVLicensed Data Sheet AVAILABLE •12x1 Qt.Case •330G Tote •12x1 Qt.Case •330G Tote CONFIGURATIONS •55G Drum •Bulk •45 Qt.Case* •Bulk •55G Drum `Available while supplies last PfRfORMANCEPLUS© 9 t� � ! •' 10 PERFORMAKEPLUSt, HEAVY DUTY ENGINE OILS PRODUCT HEAVY DUTY DIESEL ENGINE OILS Heavy Duty Diesel Engine Oils specifically formulated for performance and to surpass the latest heavy duty OEM's severity requirements.It is recommended for the latest heavy duty diesel,gasoline,and propane engines including those equipped with emission control(EGR)and post treatment(DPF or DOC)systems and it is engineered to provide outstanding oxidation resistance,improved wear protection and exceptional thermal stability. SERVICE CATEGORY API CK-4 I ACEA E7 I ACEA E9 SPECIFICATION AVAILABLE GRADES 1OW-30 15W-40 SN FEATURES&BENEFITS • Excellent engine protection to reduce piston deposits to provide cleanliness and fuel efficiency • Excellent resistance to viscosity and thermal breakdown at high operating temperatures • Outstanding soot control for protection against abrasive wear and soot-induced oil thickening • Reduced valve train wear to optimize engine output • Drain intervals can be extended as a result of reduced oxidative thickening • Protects against rust and bearing corrosion and the formation of sludge and varnish APPROVALS/ Recommended for heavy duty diesel engines that specify the following: SPECIFICATIONS MET .MACK EO-0 Premium Plus •Cummins CES20081 ' •MACK EO-N •Cummins CES20086 •MACK EOS-4.5 •Caterpillar ECF-3 •Mercedes-Benz 228.31 •Caterpillar ECF-2 •Detroit Diesel DFS 93K222 •Volvo VDS-3 •Detroit Diesel DFS 93K218 •Volvo VDS-4 •Ford WSS-WC171-F1 •Volvo VDS-4.5 •Renault RLD-4 •Renault RLD-3 •MTU Category 2.1 APPLICATIONS Recommended for use in heavy duty diesel engines as well as light trucks and passenger cars with diesel engines that specify a CK-4,CJ-4 or earlier service categories.Vehicles include: • Over-the-road fleets with EGR and DPF engines • Municipal service and school district bus fleets • Automobiles,light and medium duty diesel trucks • Construction and farm equipment such as tractors,bulldozers,front-end loaders and excavators • Logging equipment such as skidders,feller bunchers,harvesters and loaders AVAILABLE •12x1 Qt.Case •5G Pail •330G Tote CONFIGURATIONS •4x1G Case •55G Drum •Bulk PEW MAACf PLUS© » HEAVY DUTY ENGINE OILS PRODUCT FULL SYNTHETIC HEAVY DUTY DIESEL ENGINE OIL Full Synthetic Heavy Duty Diesel Engine Oil engineered to provide outstanding high-and low-temperature protection, superior wear protection and cleanliness,and enhanced friction reduction.Formulated using synthetic base oils;it is recommended for the latest heavy duty diesel,gasoline,and propane engines as it delivers improved fuel economy, extended drain intervals,superior wear protection,oxidation and deposit control. SERVICE CATEGORY API CK-4/SN I ACEA E2 I ACEA E4 I ACEA E7 I ACEA E9 SPECIFICATION AVAILABLE GRADES 5W-40 FEATURES&BENEFITS • Excellent engine protection to reduce piston deposits to provide cleanliness and maintain engine power and fuel efficiency • Drain intervals can be extended as a result of reduced oxidative thickening • Protects against rust and bearing corrosion and the formation of sludge and varnish • Reduced valve train wear helps to optimize engine output • Outstanding soot control for protection against abrasive wear and soot-induced oil thickening APPROVALS/ Recommended for heavy duty diesel engines that specify the following: SPECIFICATIONS MET . Allison C-4 • JASO DH-2 • Cummins CES20076 • Mercedes-Benz 228.31 • CID A-A-52306 • MTU Category 2.1 • Cummins CES20077 • MACK EO-0 Premium Plus • Caterpillar ECF-1a • MTU Category Type I • Cummins CES20081 • MACK EO-M Plus • Caterpillar ECF-2 • MTU Category Type II • Cummins CES20086 • MACK EO-N Premium Plus 03 • Caterpillar ECF-3 • MAN 270 • Detroit Diesel DFS 931<214 • MACK EOS-4.5 • Chrysler/Fiat MS-10902 • MAN 3275 • Detroit Diesel DFS 931<215 • Volvo VDS-2 • Ford WSS-M2C171-E • MAN 3575 • Detroit Diesel DFS 931<218 • Volvo VDS-3 • Ford WSS-M2C171-F1 • MIL-PRF-2104G • Detroit Diesel DFS 93K222 • Volvo VDS-4 • Global DHD-1 • Renault RLD-4 • Mercedes-Benz 228.3 • Volvo VDS-4.5 APPLICATIONS Recommended for use in heavy duty diesel,light trucks,and passenger cars with diesel engines that specify a CK-4, 0-4,or earlier service categories.Vehicles includes: • Over-the-road fleets with EGR and DPF engines • Automobiles,light and medium duty diesel trucks • Municipal service and school district bus fleets • Stationary engines powering pumps,generators and drilling rigs • Logging equipment such as skidders,feller bunchers,harvesters and loaders • Construction and farm equipment such as tractors,bulldozers,front-end loaders and excavators AVAILABLE •4x1G Case •55G Drum •Bulk CONFIGURATIONS •5G Pail •33OG Tote 12 PERf flMANCE PLUS©, HEAVY DUTY ENGINE OILS PRODUCT NATURAL GAS ENGINE OIL Performance Plus Natural Gas Engine Oil is recommended for use in natural gas engines and is specifically engineered to provide reliable protection for trucks and buses using Compressed Natural Gas(CNG)or Liquefied Natural Gas(LNG).It is formulated to provide excellent oxidation and thermal stability to perform under the most severe operating conditions. SERVICE CATEGORY Not Applicable SPECIFICATION AVAILABLE GRADES 15W-40 FEATURES&BENEFITS • Alternative fuel delivers great performance for medium and heavy duty vehicles using Compressed Natural Gas(CNG) or Liquefied Natural Gas(LNG) • Formulated with high VI base oils and a low ash additive package to provide long service life in CNG and LNG engines operating under high-temperature and stressful conditions • Excellent anti-wear characteristics to prevent wear and scuffing of liners and pistons • Provides excellent protection at low start-up conditions as well as protection at high operating temperatures • Superior thermal stability and oxidation resistance provide extended service life for both the engine and the oil APPROVALS/ Recommended for natural gas engines that specify the following: SPECIFICATIONS MET . Cummins CES 20074 • Navistar LNG Maxxforce®DT 7.6L • Cummins B5.9G • Navistar LNG Maxxforce®13L • Cummins C8.3G • Mercedes-Benz 226.9 • Cummins ISLG(8.9L) • Volvo CNG • Cummins ISX12 G • Mack CNG • Cummins ISX15 G • Renault RGD • Detroit Diesel Series 50G • Isuzu CNG • Detroit Diesel Series 60G • Hino CNG • Hyundai CNG APPLICATIONS Recommended for use in various types of vehicles using CNG or LNG engines as an alternate fuel and includes: • Over-the-road fleets • Delivery fleets • Municipal transit fleets • Cement and waste truck fleets • Light duty pickup trucks • Also recommended for use in various types of stationary equipment used to power gas compressors, standby electric generators and fire,water and irrigation pumps powered by CNG or LNG engines AVAILABLE •55G Drum •Bulk(S/0) CONFIGURATIONS •33OG Tote PfRf flMANCf PLUS© 13 411 , 'Mr HEA DUTTT i 1 , • `..'� • ' 1 14 PERFORMANCE PLUS# HEAVY DUTY TRANSMISSION FLUIDS •/v M PRfOWANCf PCUS4 PRODUCT FULL SYNTHETIC(TES-295'&TES-389`") FULL SYNTHETIC HEAVY DUTY 50W TRANSMISSION FLUID TRANSMISSION FLUID A fully synthetic fluid formulated to protect transmissions against Full Synthetic Heavy Duty 5OW Transmission Fluid is corrosion,oxidation and deposits delivering smooth shifting and made using premium synthetic base oils and is designed preventing wear.It not only exceeds the demanding requirements to provide excellent protection,extend drain intervals,and of the latest heavy duty automatic transmissions,it is also provide outstanding performance under severe operating suitable for applications where comparable Allison TES-295® conditions for manual transmissions.It meets or exceeds and TES-389°performance capability is specified.Providing the highest industry specifications and is recommended outstanding power transfer and gear shifting performance,it for light to severe duty on-and off-highway equipment is made to protect against thermal breakdown at high and sub- operating year-round where non-EP gear oils are specified. zero temperatures,offer excellent shear stability and provide outstanding performance in severe operating conditions. SERVICE CATEGORY Allison TES-295®and TES-389® (Suitable for use.) MT-1 SPECIFICATION AVAILABLEGRADES Not Applicable SAE50W FEATURES&BENEFITS • Superior friction traits to ensure smooth shifting,efficient • High VI,low pour point provides low-temperature fluidity for power transfer and reduced shudder year-round protection in all types of climates through a wide • Excellent protection against the formation of lacquers,sludge temperature range and other harmful deposits • Extended drain capabilities to reduce downtime • Exceptional shear stability to ensure stay in-grade • Excellent thermal and oxidation stability to ensure viscosity under harsh driving conditions and high operating transmission cleanliness to extend life and performance temperatures under severe conditions • Extended drain intervals to reduce downtime • Formulated to improve fuel economy as a result of the low • Excellent thermal and oxidation stability to ensure friction and drag transmission cleanliness to extend life and performance • Excellent corrosion control to protect against gear wear and under severe conditions corrosion of copper containing components APPROVALS/ • Allison 295°and 389° (Suitable for use.) • Eaton Roadranger PS-164 Rev.7 • Meritor 0-81 SPECIFICATIONS MET • MAN 339 Type V2 • Volvo 97340,97341,97342 • MackTO-A Plus • Volvo 97305 • MAN Type Z1,Z2,VI • ZF TE-ML 03D,04D,05L,09, • International TMS-6816 • Voith 55.6335(G607),G1363 1113,14A,1413,16L,17C • ZF Freedoml-ine(ZF-AS Tronic) APPLICATIONS Suitable for applications where Allison TES-295°and TES-389° Suitable for applications that specify an API MT-1 fluid for oils are recommended in the following: extended drain intervals in the following: • Commercial vehicles and trucks • Construction equipment including bulldozers,front-end • Emergency vehicles loaders and excavators • On-and off-road highway vehicles • Various types of forestry equipment including skidders, • Municipal fleets,vans and school buses harvesters and loaders • Refuse(garbage)vehicles • Mining industry equipment • Recreational vehicles/motor homes • On-highway heavy duty trucks and buses • Tourcoaches AVAILABLE • 4x1G Case 55G Drum • 5G Pail • 330G Tote(S/0) CONFIGURATIONS • 5G Pail • 330G Tote(S/0) • 16G Keg PERFORMANCE PLUS© 15 HEAVY DUTY FLUIDS PRODUCT HEAVY DUTY TO-4 FLUIDS Performance Plus Heavy Duty TO-4 Fluids are premium quality transmission,final drive and hydraulic oils designed to deliver higher frictional characteristics as they are formulated to meet the specific frictional characteristics of Caterpillar and Allison Powershift Transmissions.These fluids extend equipment life,minimize downtime and optimize operation performance due to their advanced protection additives and characteristics which minimize wear and perform under severe operating conditions of high-temperature and heavy load. SERVICE CATEGORY CaterpillarTO 4 SPECIFICATION AVAILABLE GRADES SAE 10W SAE 30W SAE 50W FEATURES&BENEFITS Provides excellent shear stability to stay in grade providing long-term protection against equipment wear even during periods of high torque operation • Superior frictional characteristics eliminate excessive brake noise,vibration and clutch slippage • Excellent oxidative and thermal stability prevents the formation < of varnish,deposits and sludge for clean operation and extended equipment life • Provides anti-wear protection as well as protection against corrosion of copper and copper alloy parts • Gear scuffing and scoring is prevented through the use of extreme pressure additives APPROVALS/ CaterpillarTO-2 and TO-4 SPECIFICATIONS MET Allison C-3 and C-4 • MIL-PRF-2104G APPLICATIONS Suitable for applications where Caterpillar TO-land TO-4 or Allison C-3 or C-4 fluids are recommended in the following types of vehicles/equipment: • Construction equipment including bulldozers,front-end loaders and excavators • Off-road fork trucks • Railway and mining equipment • Road graders • Cranes AVAILABLE 5G Pail • 330G Tote(S/0) CONFIGURATIONS 55G Drum 16 PEW MAKE PLUS©, r� r Apr ` + GEAR OILS PUMMAKEPLUS® 17 GEAR OILS PtWfVBMANCE PLUS 4 PRODUCT CONVENTIONAL GEAR OILS FULL SYNTHETIC GEAR OILS High-performance gear oils designed with superior High-performance full synthetic gear oils formulated for all Group II+base oils and high-quality additives to differentials including those equipped with slip or lock-up provide performance under severe operating and high mechanisms using superior base oils and high-quality pressure conditions. additives to provide performance under severe operating and extreme pressure conditions. SERVICE CATEGORY API GL-5/MT-1 API GL-5/MT-1 SPECIFICATION AVAILABLE GRADES 80W-90 75W-90 85W-140 75W-140 FEATURES&BENEFITS • Excellent thermal stability and high-temperature • High VI,low pour point provides low-temperature fluidity oxidation to extend gear and bearing life for year-round protection in all types of climates through • Formulated to minimize gear friction,reduce corrosion and a wide temperature range prevent the formation of sludge • Extended drain capabilities to reduce downtime • Effective low-temperature lubrication to reduce wear at • Excellent thermal and oxidation stability to ensure cold temperature start-ups transmission cleanliness to extend life and performance • Resists deposit formation to protect seals and prevent under severe duty subsequent lubricant loss • Fuel economy is improved as a result of the low friction • Good resistance to foaming which maintains film strength and drag provided by the formulation for effective continuous lubrication • Excellent corrosion control to protect against gear wear and corrosion of components containing copper APPROVALS/ Meets the performance levels of the following: Meets the performance levels of the following: SPECIFICATIONS MET • Suitable for gearboxes • Arvin Meritor 076-A • MIL Spec.MIL-PRF-2105D and PRF 2105E specifying US Steel 224 • Arvin Meritor 076-D • Mack Truck GO-G,GO-H,GO-J,GO-J Plus • Mack Truck GO-G,GO-H,GO-J • Ford WSP-M2C197-A • Dana Corporation SHAE-256 Rev.C(75W-90) approved(80W-90) • Arvin Meritor-0-76E(75W-90) • SAE J2360 approved(80W-90) • Ford WSL-M2C192-A(75W-140) APPLICATIONS Suitable for the following applications where heavy duty Suitable for the following applications where heavy duty GL-5 gear oils are recommended: GL-5 gear oils are recommended: • Construction equipment such as bulldozers,excavators • Off-road construction and agricultural equipment and front end loaders • Construction equipment such as bulldozers,excavators • Various types of forestry and mining equipment and front-end loaders • For use in automotive and truck manual transmissions • Applications where a limited slip gear oil is specified for differentials,final drives and gearboxes synchromesh drive trains • Off-road construction and agricultural equipment • Automotive and truck manual transmission differentials • Various types of forestry and mining equipment AVAILABLE • 5G Pail • 330G Tote • 5G Pail • 330G Tote(S/0) CONFIGURATIONS • 55G Drum • 16G Keg 18 PERf flMANCE PLUS©, R t • YD IC FL M PfRfORMANCfPLUSd 19 HYDRAULIC FLUIDS PMfORMANCF PfRfORMANCf PLUS S PLUSH. PRODUCT ANTI-WEAR EXTENDED HYDRAULIC FLUIDS ZINC FREE ANTI-WEAR HYDRAULIC FLUID Formulated to exceed the performance requirements for Engineered using a zinc free formula,with premium base an expanded range of hydraulic components.These fluids oil to provide excellent protection in mobile and stationary are intended for industrial applications where anti-wear industrial applications.Containing ashless additives lubricants specifically designed for systems subjected to designed to protect against wear,provide exceptional high-pressure,high-temperature operating environments water separability,oxidation stability,and prevent rust and are required.The Performance Plus AW EX Series includes corrosion.The fluids are recommended for use in severe, premium fluids capable of over 5,500 hours of service and high-pressure applications. surpass the needs of various manufacturers. AVAILABLE GRADES AW EX 32 1 AW EX 46 1 AW EX 68 AW 46 FEATURES&BENEFITS • Excellent oxidation and thermal stability to resist • Formulated with ashless chemistry for use where water breakdown at high operating temperatures,improve course or aquifer sensitivity exists cleanliness,and reduce deposits extending oil and • Superior wear protection to deliver maximized equipment filter life life and reduced maintenance costs • Exceptional anti-wear and corrosion properties • Excellent oxidation stability to extend the oil drain extending equipment life which reduces maintenance interval resulting in reduced disposal costs and improved and mechanical failures efficiency • Addition of demulsifiers protects the system from • Good sludge and particulate control for improved water which may be present in the system filterability resulting in less downtime • Excellent oxidation hours contribute to longer oil life • Provides improved protection of critical components with extending the drain intervals while reducing the costs tight tolerances such as servo-valves and pumps to change out the system APPROVALS/ • Fives P-68,P-69,P-70 • Parker Hannifin HF-0,HF-1,HF-2 SPECIFICATIONS MET . Parker Hannifin HF-0,HF-1,HF-2 • DIN 51524-2 • Ford M6C32,Chrysler,General Motors LS2 • Fives P-68,P-69,P-70 • DIN 51524 Part 1 and 2 • ISO 11158 HM • ASTM D6158 • ASTM D6158 • IS011158 • ISO 20763 vane pump test • Eaton/Vickers 35VQ25A,M-2950-S,1-286-S • Eaton/Vickers 35VQ25 pump test APPLICATIONS Suitable for use in high speed,high pressure vane, Suitable for use in industrial and mobile hydraulic gear and piston pumps where the approvals above systems where metal concentrations are a concern and are recommended or required. where the approvals above are recommended. AVAILABLE • 5G Pail • 330G Tote • 5G Pail • 330G Tote(S/0) CONFIGURATIONS • 55G Drum • Bulk • 55G Drum • Bulk(S/0) 20 PERf flMANCf PLUS®® HYDRAULIC PfAfOAMANCf PLUS�. PRODUCT UNIVERSAL TRACTOR FLUID High-performance premium transmission/differential/ hydraulic fluid with superior anti-wear properties recommended for use in transmissions(powershift, hydrostatic or manual),differentials,final drives,wet brakes/clutches,power steering,PTO drives commonly used in farm and construction equipment,off-highway vehicles and industrial tractors. AVAILABLE GRADES Not Applicable FEATURES&BENEFITS • Superior protection against scuffing and wear on metal surfaces to extend equipment life • Reduces costs when used in systems that use a common oil reservoir to operate power-steering units,brakes and transmissions • Seal and o-ring compatibility to reduce oil leakage • Exceptional frictional characteristics to reduce brake chatter and transmission slippage which provides for smooth equipment operation and noise reduction • Protects against rust and corrosion during periods of high humidity as well as when the equipment is being stored APPROVALS/ • Power shift transmissions specifying Caterpillar TO-2 SPECIFICATIONS MET • Where Allison C-3 and C-4 oils are specified • John-Deere J20A and J20C • Kubota B6(UDT) • Eaton/Vickers 35VQ25 • Ford/New Holland:M2C41B,M2C48B,M2C48C,M2C86C, M2C134D • For a full list of approvals and applications,refer to Product Data Sheet APPLICATIONS For use as a multi-functional hydraulic fluid in many types of tractors and other equipment where the approvals above are recommended. AVAILABLE •5G Pail •330G Tote CONFIGURATIONS .55G Drum •Bulk ffiflF0flMA ITT 01 s 4 tr• �kt '�L f ; 1,;.,.� Y � ' J..� i 1r Y�'��• - !'� a�� � ..affix „i� / f r r• _ _a r � M 22 PERFORMANCE PLUS# GREASES PRODUCT ALL-PURPOSE LITHIUM GREASE HI-TEMP LITHIUM GREASE All-Purpose Lithium is a premium grease ideal for use in Hi-Temp Lithium Grease offers extreme pressure light duty industrial and commercial applications due to protection while meeting the industry standards its ability to provide water-resistant rust protection and for heavy duty lubrication of over-the-road trucks, its general lubrication benefits. light duty off-highway equipment and commercial applications.It is designed to protect equipment subject to shock loads and plenty of wear and tear as they log thousands of miles across the country. I GRADE& NLG12 NLG12 SPECIFICATION LB GC-LB FEATURES&BENEFITS • Excellent performance and pumpability in cold • Engineered for high temp performance with a dropping temperatures point of 500°F • Provides excellent rust and corrosion protection • Excellent performance and pumpability in cold • Resists water washout and run out temperatures • Superior surface adhesion resists water washout • Fortified with extreme pressure additives APPLICATIONS Ideal for use in applications calling for a lithium grease Ideal for use in heavy duty over-the-road equipment with good corrosion protection,water resistance, and light duty off-highway applications. oxidative stability and wear protection: • Heavy duty on-and off-road construction • Light Duty Automotive • Mining and Quarries • Mining and quarries • Heavy-duty chassis lubrication,ball joints,and • Industrial applications universal joints,ball and roller bearings,disc and drum wheel bearings and fifth wheels • Steel Mills AVAILABLE • 10x14 oz Case • 1201b Kegs • 1 0x1 4 oz Case • 1201b Kegs CONFIGURATIONS • 351b Pails • 4001b Drums • 351b Pails • 4001b Drums PERfORMAAff PLUS© 23 GREASES • Y PRODUCT MOLY SUPREME WITH 5%MOLY GREASE CONSTRUCTION RED GREASE Moly Supreme with 5%Moly Grease meets or exceeds Construction Red Grease is engineered for extended use requirements for construction equipment requiring 5% in many agricultural,construction,mining,quarries moly.It provides extreme pressure protection as well and industrial applications.It provides extreme as a tenacious lubricating film for moving parts and pressure protection against spalling and wear,as well is ideal for use in a variety of construction,mining, as excellent protection against rust and corrosion.It is quarries and severe duty industrial applications where ideal for heavy duty applications and meets the latest film strength,operating temperatures,stability and equipment requirements. lubricant life are important. GRADE& NLG12 NLG12 SPECIFICATION LB GC-LB FEATURES&BENEFITS • Engineered for high temp performance with a dropping • Engineered for high temp performance with a point of>500°F dropping point of>500°F • Superior tackiness keeps grease in application longer • Extreme pressure additives withstand heavy and and resists run out/wash out shock-loading applications • Extreme pressure additives withstand heavy and shock • Excellent protection against abrasive and adhesive loading applications wear,rust and corrosion • Excellent protection against abrasive and adhesive wear, • Superior tackiness keeps grease in application longer as well as rust and corrosion and resists run out/wash out • Meets Caterpillar requirements for 5%Moly grease APPLICATIONS Ideal for use in a variety of on-and off-road equipment Ideal for use in a variety of on-and off-road equipment across a wide variety of applications: across a wide variety of applications: • Heavy duty on-and off-road construction and trucking • Heavy duty on-and off-road construction • Mining and quarries • Mining and quarries • Forestry and agriculture • Forestry and agriculture • Automotive ball and roller anti-friction bearings,wheel • Automotive ball joints,universal joints,water pumps, bearings,ball joints,universal joints,water pumps,fifth fifth wheels,conventional sleeve bearings,ball and wheels and conventional sleeve bearings roller anti-friction bearings and wheel bearings • Steel Mills • Steel Mills AVAILABLE • 10x14 oz Case • 1201b Kegs • 10x14 oz Case • 1201b Kegs CONFIGURATIONS • 351b Pails • 4001b Drums • 351b Pails • 4001b Drums 24 PERf flMANCE PLUS©, i GREASES r PRODUCT ULTRA CALCIUM SULFONATE WITH 5%MOLYGREASE Ultra Calcium Sulfonate with 5%Moly Grease is engineered with calcium sulfonate thickener and fortified with 5%moly to provide premium protection to meet or exceed the latest OEM requirements for construction equipment.It is ideal for use in a variety of extended and extreme service applications.It provides: excellent anti-wear and extreme pressure properties;rust and corrosion protection;exceptional water washout resistance,as well as oxidation and shear stability for long life. GRADE& NLG12 SPECIFICATION LB FEATURES&BENEFITS • Superior extreme pressure performance exceeding 800 kg in the 4-Ball weld test • Engineered for high-temperature performance with a dropping point of>580°F • Excellent performance in extremely hot,wet,and/or heavily loaded applications • Superior protection against rust and corrosion APPLICATIONS Ideal for use in a variety of extreme duty on-and off-road equipment across a wide variety of applications: • Heavy duty on-and off-road construction and trucking • Mining and quarries • Forestry and agriculture • Automotive disc and drum brake bearings,chassis ball joints and universal joints ; • Steel Mills • Paper Mills • Marine AVAILABLE • 1 0x1 4 oz Case • 1201b Kegs CONFIGURATIONS • 351b Pails • 4001b Drums PfflF0flNAA(CEPLUSA ZE OOLANTS ANTIFREEZE/COOLANTS PRODUCT LD/HD EXTENDED SERVICE INTERVAL HOAT LD EXTENDED LIFE NAPS FREE OAT High-performance 50/50 pre-diluted antifreeze/coolant High-performance 50/50 pre-diluted antifreeze/coolant for domestic and foreign cars,light duty trucks,and heavy for cars and light duty trucks requiring an organic acid duty diesel applications requiring a hybrid organic acid technology(OAT)type antifreeze/coolant. technology(HOAT)type antifreeze/coolant. COLOR& Yellow Yellow SPECIFICATIONS ASTM D3306 I ASTM D6210 I TMC RP 329 ASTM D3306 FEATURES&BENEFITS • Fully formulated for heavy duty diesel applications and • Universal top off and service coolant-Compatible with does not require the addition of SCA at initial fill.Contains other conventional/inorganic additive technology(IAT), industry-recommended concentration of nitrite to protect hybrid organic acid technology(HOAT),and organic acid cylinder liners from cavitation corrosion(liner pitting) technology(OAT)antifreeze/coolant • Prevents corrosion of aluminum,brass,cast iron,copper, • NAPS free(does not contain Nitrite,Amine,Phosphate MMMMM solder and steel and Silicate)nor does it contain 2-EH(2-ethylhexanoic acid) • Provides excellent high-temperature aluminum protection • Prevents corrosion of aluminum,brass,cast iron,copper, • Compatible with elastomers,gaskets,and other non- solder and steel metallics • Compatible with controlled atmosphere brazed(CAB) • Low silicate,amine and phosphate free aluminum radiators • Blended using de-ionized water • Provides excellent high-temperature aluminum protection • Compatible with other conventional/inorganic additive • Compatible with elastomers,gaskets,and other non-metallics technology(IAT),hybrid organic acid technology(HOAT), • Blended using de-ionized water and SCAB(liquid and/or filters) • Contains a bittering agent • Contains a bittering agent APPLICATIONS& Recommended for cars/light duty trucks(3 years/60K Recommended for cars and light duty trucks- SERVICE INTERVALS miles)and heavy duty diesels(60K miles or 3 (5 years/150K miles). years/300K miles)with ongoing monitoring using nitrite test strips and Supplemental Coolant Additive(SCA). AVAILABLE • 55G Drums • 55G Drums CONFIGURATIONS • Bulk • Bulk PERf flMAAff PLUS© 27 ANTIFREEZE/COOLANTS PRODUCT HD EXTENDED LIFE NAPS FREE OAT HD EXTENDED LIFE NMOAT High-performance 50/50 pre-diluted antifreeze/coolant High-performance 50/50 pre-diluted antifreeze/coolant for heavy duty diesel applications requiring a nitrite, for heavy duty diesel applications requiring a nitrite/ amine,phosphate or silicate free(NAPS)free organic molybdate fortified organic acid technology(OAT)type acid technology(OAT)type antifreeze/coolant. antifreeze/coolant. COLOR& Red Red SPECIFICATIONS ASTM D6210 ASTM D6210 1 TMC RP 329 FEATURES&BENEFITS • Universal top-off and service coolant compatible with • Formulated for heavy duty diesel applications and does not other conventional/inorganic additive technology require the addition of SCA at initial fill.Contains industry (IAT),hybrid organic acid technology(HOAT),and recommended concentration of nitrite and molybdate to organic acid technology(OAT)antifreeze/coolant protect cylinder liners from cavitation corrosion • NAPS free(does not contain Nitrite,Amine, • Prevents corrosion of aluminum,brass,cast iron,copper, Phosphate and Silicate)nor does it contain 2-EH solder and steel (2-ethylhexanoic acid) • Provides excellent high-temperature aluminum protection • Prevents corrosion of aluminum,brass,cast iron, • NAPS free-Does not contain Nitrite,Amine,Phosphate and copper,solder and steel Silicate • Compatible with controlled atmosphere brazed(CAB) • Compatible with other similarly formulated heavy duty aluminum radiators diesel OAT coolants • Provides excellent high-temperature aluminum • Compatible with elastomers,gaskets,and other non- protection metallics • Compatible with elastomers,gaskets,and other • Blended using de-ionized water non-metallics • Contains a bittering agent • Blended using de-ionized water • Contains a bittering agent APPLICATIONS& Recommended for heavy duty diesel applications Recommended for heavy duty diesel applications for 3 SERVICE INTERVALS for 6 years/600K miles without the need for SCA years/300K miles or 6 years/600K miles with the addition of or an extender. an extender. AVAILABLE • 55G Drums • Available as special order(minimum order required) CONFIGURATIONS • Bulk • 55G Drums • Bulk 2s PERf flMANCEPLUS®, ANTIFREEZE/COOLANTS PRODUCT LD EXTENDED LIFE 2-EH OAT LD/HD CONVENTIONAL High-performance 50/50 pre-diluted antifreeze/ High-performance 50/50 pre-diluted antifreeze/coolant for coolant for newer cars and light duty trucks requiring older(pre-1995)domestic and foreign cars,light duty trucks a 2-ethylyhexonoic acid(2-EH)based organic acid and heavy duty diesel applications. technology(OAT)type antifreeze/coolant. COLOR& Orange Green SPECIFICATIONS ASTM D3306 ASTM D3306 I ASTM D6210 I CI-A-A-5264A I TMC RP 329 FEATURES&BENEFITS • Compatible with other 2-EH based coolants • Fully formulated for heavy duty diesel applications and does • Prevents corrosion of aluminum,brass,cast iron, not require the addition of SCA at initial fill.Contains industry copper,solder and steel recommended concentration of nitrite to protect cylinder • NAPS Free:Does not contain Nitrite,Amine, liners from cavitation corrosion(liner pitting) Phosphate and Silicate • Prevents corrosion of aluminum,brass,cast iron,copper, • Compatible with controlled atmosphere brazed(CAB) solder and steel aluminum radiators • Compatible with elastomers,gaskets,and other non- • Provides excellent high-temperature aluminum metallics protection • Low silicate,amine and phosphate free • Compatible with elastomers,gaskets,and other • Compatible with other conventional/inorganic additive non-metallics technology(IAT)and SCAB(liquid and/or filters) • Blended using de-ionized water • Blended using de-ionized water • Contains a bittering agent • Contains a bittering agent APPLICATIONS& Recommended for cars and light duty trucks for Recommended for cars/light duty trucks(2 years/40K SERVICE INTERVALS 5 years/150K miles. miles)and heavy duty diesels(30K miles or 2 years/200K miles)with ongoing monitoring using nitrite test strips and Supplemental Coolant Additive(SCA). AVAILABLE • Available as special order(minimum order required) • Available as special order(minimum order required) CONFIGURATIONS • 55G Drums • Bulk • 55G Drums • Bulk PERf flMAAff PLUS© 29 mrgoomyrrE PERFORMANCE PLUS" LUBRICANTS: PERFORMANCE UNDER THE MOST PLUS©:4. EXTREME CONDITIONS. PRODUCTPERFORMANCE PLUS PCEO(PASSENGER CAR ENGINE OILS) 12XI 07.CASES 4X5 Q7.CASES DRUMS TOTES BULK 5W-20 Synthetic Blend SN/GF-5" 3101907 3101909 3101911 3102143 3101937 5W-30 Synthetic Blend SN/GF-5* 3101915 3101917 3101919 3102108 3101936 10W-30 Synthetic Blend SN/GF-5* 310190S 3101903 3101901 3102157 310193S 5W-30 Synthetic Blend High Mileage SN/GF-5* 3102177 3102317 3102289 N/A N/A 10W-30 Synthetic Blend High Mileage SN/GF-5* 3102319 3102321 3102291 N/A N/A OW-20Full SyntheticSN/GF-5* 3102336 3102337 3101462 3102329 3101163 5W-20 Full Synthetic SN/GF-5* 3101140 3101142 3101144 3102332 3101160 5W-30 Full Synthetic SN/GF-5* 3102055 3102053 3101463 310233S 3101161 5W-20 Synthetic Blend SN PLUS Resource Conserving/GF-5 3102842 3102844 3102761 3102763 3102807 5W-30 Synthetic Blend SN PLUS Resource Conserving/GF-5 3102848 3102850 3102767 3102769 3102811 10W-30 Synthetic Blend SN PLUS Resource Conserving/GF-5 3102838 3102840 3102759 3102760 3102801 5W-30 Synthetic Blend High Mileage SN PLUS Resource Conserving/GF-5 3102845 3102846 3102764 3102766 S/O 10W-30 Synthetic Blend High Mileage SN PLUS Resource Conserving/GF-5 3102835 3102836 3102756 3102758 S/O OW-20 Full Synthetic SN PLUS Resource Conserving/GF-5 3102814 3102816 3102732 3102737 3102799 5W-20 Full Synthetic SN PLUS Resource Conserving/GF-5 3102822 3102824 3102744 3102746 3102805 5W-30 Full Synthetic SN PLUS Resource Conserving/GF-5 3102828 3102830 3102750 3102752 3102809 OW-20 Synthetic dexosl Gen 2 SN PLUS/GF-5 3102295 3102297 3102304 3102305 3102294 5W-30 Synthetic dexosl Gen 2 SN PLUS/GF-5 3102299 3102301 3102310 3102311 3102293 PERFORMANCEDRIVELINE FLUIDSDRUMS PRODUCT DESCRIPTION PART NO. PART NO. PART NO. PART NO. PART NO. ATF Dexron III/Mercon 3101087 N/A 3101091 3101482 3100033 Full Synthetic Multi-Vehicle ATF 3101872 1 3101873 1 3101874 1 3102112 1 3101773 PRODUCTPERFORMANCE PLUS HDDEO(HEAVY DUTY DIESEL ENGINE OILS) 4XI G CASES PAILS DRUMS TOTES BULK Heavy Duty 1OW-30CK-4" 3102239 3102252 3102253 3102254 3102135 Heavy Duty 15W-40 CK-4/SN** 3102238 3102255 3102256 3102257 3102134 Heavy Duty 1OW-30CK-4"*" 3103242 3103244 3103246 3103248 3103254 Heavy Duty 15W-40 CK-4/SN*** 3103234 3103236 3103238 3103240 3103253 Heavy Duty Full Synthetic 5W-40 CK-4 310243S 3102399 3102401 3102404 3103039 15W-40 Natural Gas Engine Oil N/A N/A 3102267 3102269 S/O PERFORMANCEDUTY FLUIDSDRUMS PRODUCT Full Synthetic Heavy Duty(TES-295&TES-389)Transmission Fluid 3102437 3102411 N/A S/O 3102413 Heavy Duty Full Synthetic 50W Transmission Fluid N/A 3102406 3102383 S/O S/O Heavy Duty TO-41OW N/A 3102417 N/A S/O 3102419 Heavy Duty TO-430W N/A 3102423 N/A S/O 3102425 Heavy Duty TO-450W N/A 3102429 N/A S/O 3102431 30 PEUFORMANCEPLUSA, PRODUCTPERFORMANCE PLUS GEAR OILS PAILS KEGS DRUMS TOTES DESCRIPTION . PART NO. 8OW-90 Conventional 3101865 N/A 3102270 3102271 85W-140 Conventional 3101866 N/A 3101776 3102272 75W-90 Full Synthetic 3102387 3102379 N/A S/O 75W-140 Full Synthetic 3102393 3102381 N/A S/O HYDRAULICSPERFORMANCE PLUS DRUMS PRODUCT AW EX32 3102145 3101479 3102107 3100030 AW EX46 3100804 3101480 3102076 3100031 AW EX 68 3101986 3101481 3102102 3100032 AW 46 ZincFree 3102324 3102148 S/O S/O Universal Tractor Fluid 3102162 3101483 3102089 3100051 PERFORMANCE PLUS GREASES 1OX14OZ CASES PAILS KEGS DRUMS PRODUCT DESCRIPTION PART NO PART NO. PART NO PART NO. All Purpose Lithium 2 3102211 3102184 3102183 3102201 HI Temp Lithium 2 3102212 3102186 3102185 3102202 Moly Supreme 2 with 5%Moly 3102214 3102190 3102189 3102204 Construction Red 3102213 3102188 3102187 3102203 Ultra Calcium Sulfonate 2 with 5%Moly 3102215 3102192 3102191 3102205 PERFORMANCE .. DRUMS PRODUCT LD/HD Extended Service Interval HOAT 640053 S/O 6453 LD Extended Life NAPS Free OAT 640055 S/O 6455 HD Extended Life NAPS Free OAT 640057 S/O 6457 LD/HD Conventional S/0 S/O S/O LD Extended Life 2-EH OAT S/O S/O S/O HD Extended Life NMOAT S/0 S/O S/O Available while supplies last **Formula X ***Formula A S/O:Special Order(minimum required) (Bulk delivery available in most markets,please contact sales representative for details.) RRFONAKEPLUS® 31 4' ',h a air•s r• w y r t � . . moo* r Tlr • � PERFORMANCE For more information PLUS& 877 669.5705 PerformancePlusOils.com Automotive,Heavy Duty and Industrial Lubricants Copyright 2019 Safety-Kleen Systems,Inc.,a Clean Harbors Company.All Rights Reserved.v2 ti 0 N O ti a) � LL N u O LU >, � -_ o � Z w a) (n d a) O > vi > E � _0a) c W WpZO w o L o m 0 0 � :ir- L) a) U) >- wUF- CD C/) cL) E = Q a nQ o Z o T U) mZ� , zo a) F- ai W QpF- J Z a) LU o U a) E m E - = m > M Z ) Q � U' m m -0 c o ) o Qw 0L � � w om , . E v) � n � aj EE ao c ) Z U a) o (n a) 0m m m U LUZz WUU C Q C c) _� o >.ILU L CD m I e < < co m cd Qom- o "- c c > a) Q = � a � 0 Y a) L a) 0 fB 0 c >, U X a) a) � o a � c o M c � UQwwLu � >, � ca-0 � U O � N c Z � � 2 > m m a) E E c m 0 c > 3: W a) w g w - F- +� _0 M E L ca a) -0 M o m c m w w o= O z E — E U U c °' o m o W O a caa a�i > -_9 m c � ° m .E o) -o -O �, F—F— LU � >. E m U _ M L) — m c WzLU 0Q o U c a a) o 0 o 0 0 L .N M o LL Q J Q U o -0 m a a) m a) E a) E z Q LL Q w U) o m U c.� L a) g o_ o m a m w O � 0 m o " m a) ° E o —0 = o L m W Q p w J E � '� �. o_ F tea? m O � E o —_ U = z 1 < z ` p L O L Qa) � C � co O a) a QF- U) W ) _ � o � ) U > � Q � QDO ) o O Zm E - a) CD Q O0 a) UL Zo M m U CL U E z C L U U O p a) L L (n O n3 ns aa) o (n E a � E o m � � zZp � wO O (n L o M Q a) 0) m a) a) U a Q (n F- W o W 0-a) m C W O w LL z a) L c L a M Q O p Q� om a) -0 m U E O Wa a -0c Un c' CDoC0 o U m Z) - LM M coNL F Fa — U 0o � � JW a Uc O> � = a) a) ca U F- U = ca c �- L F- U U) cv O L m O O U O vi = N .� a) F- U d W U Z -(n 0Q m 0 c E — � �. Co a } ww JzO � (n a) � 'L +. o o o c -a o E E E w a < _3 ® � a c o � aa)) � � � � m ° avi Q G vo)co Xw0E-LU ww o c CO E o U o N a) ca O W LL z >, U cLa E 7 M U -a a) m o a) c 4 1 = a) U FL cA c`a — W o o E E E o L -F � o a) c E `� 3 a) E o E U -0 c a) O � L L O U O O U C (B Z c0 Y L o o m o o a c p E_ o a) o m a (n — o u N M U (B c It m .- m o c o- m w U 3 ca =. -0 a_ (n 0 Q 2 a) -0 r